TEAD FY24 - Paint Inspection
ID: PANROC24P0000005179Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense seeks a contractor for a firm-fixed-price contract to perform paint inspection services at the Tooele Army Depot in Utah. The primary objective is to ensure the quality of paint applications on a minimum of 400 carbon steel containers, requiring blast cleaning and specific primer and topcoat layers.

    The successful contractor will be responsible for daily inspections and documentation of the painting process, including surface preparation, and will employ a NACE-certified Coating Inspector to verify paint layer thickness and overall appearance. They must adhere to SSPC and NACE standards, use specialized equipment, and access the site with proper security clearances.

    This opportunity is a Total Small Business Set-Aside, with a 12-month base contract period. Contractors must provide detailed pricing information and are encouraged to visit the site prior to submitting their proposals by the deadline on June 24, 2024. The evaluation process will consider the contractor's ability to meet these requirements and their proposed pricing.

    All necessary travel and onsite equipment will be provided by the contractor, who should anticipate up to 25 trips to the Depot, subject to interruptions due to materials, equipment, or weather. The contracting office is W6QK ACC-RI, with contacts Megan Frost and Rebecca Meeke available for inquiries.

    The Army Contracting Command also refers to a Wage Determination document outlining minimum wages for various occupations in Utah. This is to ensure compliance with the Service Contract Act, which sets hourly rates contractors must adhere to. Key dates, occupation types, and relevant standards are included in this document.

    Files
    Title
    Posted
    Procurement Objective: The government seeks a contractor to inspect and ensure the quality of paint applications on a minimum of 400 carbon steel containers. Specifications and Requirements: The containers' exterior surfaces must undergo blast cleaning to achieve the Society for Protective Coatings' (SSPC) Commercial Blast Cleaning standard (SP 6), with specific thickness ranges for the primer and topcoat layers. The primer is specified as PPG ZNP-300/301 ZINC RICH PRIMER in gray, while the topcoat is PPG AUE-370 POLYURETHANE in safety blue. Scope of Work: The contractor will need to be onsite daily to observe and document surface preparation, primer mixing and application, and paint mixing and application processes. They will ensure that oil, grease, and other contaminants are removed and that the containers are properly covered and vacuumed before closure. A NACE-certified Coating Inspector (Level II or III) will verify the dry thickness of each paint layer and inspect the final visual appearance for smoothness and freedom from imperfections. Contract Details: Not specified in the provided text. Key Dates: The project is expected to require up to 25 trips to the site, depending on weather conditions and the depot's schedule. Evaluation Criteria: Proposals will be evaluated based on the contractor's ability to meet the specified requirements, including the use of calibrated coating thickness meters, adherence to SSPC and NACE standards, and proper documentation of the inspection process.
    This file contains a series of questions and answers regarding the application of coatings, with a focus on understanding timelines, procedures, and requirements for an upcoming project. The main objective is to procure coating application services for a large number of containers, estimated at 30–40 per week, with potential for continuous work but also possible interruptions due to factors like material availability and equipment issues. The vendor is responsible for completing specific inspection forms (both existing and new) and adhering to technical specifications, such as using particular equipment for measurements. Critical to the process are the specified coating thickness measurements and blast profile readings, which must meet certain standards. The vendor is also expected to be able to access the work area with proper identification, undergoing security checks and vehicle inspections as necessary. In terms of timing, the government has agreed to a 7- or 14-day notice period for the vendor to be onsite for up to 25 visits, with invoicing to occur once at the end of the project. This exchange clarifies the expectations and logistics surrounding the coating application services being procured, with an emphasis on flexibility to accommodate potential interruptions and ensure efficient project management.
    This file contains a Wage Determination document from the U.S. Department of Labor, outlining the minimum wage rates and fringe benefits for various occupations in Utah, specifically in Salt Lake and Tooele counties. The document is a reference for government contracts subject to the Service Contract Act and sets the wage rates for a broad range of occupations. **Procurement Objective:** The primary objective of this document is to establish the minimum wage rates and fringe benefits for a comprehensive list of occupations. These rates are applicable to contracts awarded or renewed after specific dates, as outlined in the document. **Specifications and Requirements:** The wage rates are specified for each occupation, with some variations based on skill level or experience. The rates are provided in an hourly format, with additional information on weekly and monthly rates for certain benefits. **Scope of Work:** The document covers a wide range of occupations, including administrative, automotive, food service, health, information technology, instructional, maintenance, protective service, transportation, and technical occupations, among others. **Contract Details:** While the document does not specify contract types or values, it does outline the requirements for contracts subject to the Service Contract Act, including the need to comply with the specified wage rates and benefits. **Key Dates:** The effective dates for the wage rates are provided, with different dates for contracts entered into on or after January 30, 2022, and those awarded between January 1, 2015, and January 29, 2022. **Evaluation Criteria:** Not applicable in this context.
    This RFP, issued by the Army Contracting Command, seeks a firm to provide painting inspection services at the Tooele Army Depot in Utah. The contract will be a firm-fixed-price agreement with a 12-month base period. The selected contractor will be responsible for providing all necessary labor, travel, equipment, materials, supervision, and support to fulfill the requirements outlined in the Performance Work Statement (PWS). The PWS includes tasks such as inspecting and evaluating painted surfaces, documenting paint failures, and providing recommendations for corrective actions. The contract will be administered by the Tooele Army Depot Contracting Office, with a base period of performance from July 8, 2024, to July 7, 2025. The RFP emphasizes that offerors must submit detailed pricing information, including labor rates, hours, and supporting payroll data, to ensure a fair and reasonable price. The offeror is also encouraged to inspect the work site before submitting their proposal. The total award amount is not specified, but the RFP includes a wage determination sheet with hourly rates for various occupations that may be relevant to the contract. The submission deadline for quotations is June 24, 2024, and the contract will be awarded based on evaluation criteria outlined in the RFP, with a focus on technical capability and price. The successful contractor will be required to participate in a pre-work meeting and adhere to the working hours and holidays specified in the RFP.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Paint Exteriors of warehouses
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
    Graco Name Brand Paint Striper
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Graco Name Brand Paint Striper to be utilized at the McAlester Army Ammunition Plant in Oklahoma. This acquisition is categorized as a Simplified Acquisition under the Small Business Administration (SBA) guidelines, emphasizing the importance of compliance with federal procurement regulations and the inclusion of small businesses, particularly those owned by service-disabled veterans, women, and those in HUBZone areas. The equipment is critical for maintaining the infrastructure by repainting paved roads and parking lots, ensuring operational efficiency and safety. Proposals must be submitted by October 30, 2024, at 3:00 PM Central Daylight Time, and interested contractors should direct their inquiries and quotes to Regina Gibson at regina.l.gibson7.civ@army.mil, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    Blast Booth & Paint Equipment Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm-Fixed Price requirements contract focused on the safe cleaning and abatement of heavy metals, including lead, cadmium, and chromium, as well as dirt and debris from Blast and Paint Booth equipment at Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement emphasizes a total small business set-aside under NAICS code 562910 for remediation services, highlighting the importance of maintaining environmental safety and compliance at military facilities. The solicitation number W911N2-25-R-0004 is anticipated to be released around October 24, 2024, with a closing date expected around November 25, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.
    Chromate Conversion Coating Tote BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors to establish a five-year Blanket Purchase Agreement (BPA) for the procurement of Chromate Conversion Coating Totes, with a maximum value of $4.8 million. This procurement is aimed at supporting the 76 Commodities Maintenance Group at Tinker Air Force Base, requiring compliance with established military specifications, including Technical Order 1-1-691 and MIL-DTL-81706B, to ensure operational efficiency and safety in aerospace applications. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit competitive quotes and adhere to specific delivery and invoicing protocols, with all proposals due by the specified deadlines. For further inquiries, potential bidders can contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
    Plating Chemicals Just in Time Delivery
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Materiel Command, is seeking contractors for the just-in-time delivery of plating chemicals to support the 309th Commodities Maintenance Group at Hill Air Force Base in Utah. The contractor will be responsible for providing all necessary personnel, equipment, materials, and services in strict accordance with the Statement of Work and Chemical List, ensuring compliance with military specifications. This procurement is critical for maintaining operational efficiency and safety standards in military operations, as the chemicals are essential for plating, etching, and cleaning processes. Proposals are due by 11:30 PM mountain time on October 23, 2024, and interested parties should contact Merrick Flygare at merrick.flygare@us.af.mil or Michael Checketts at michael.checketts@us.af.mil for further information.
    Paint Rooms In Modular Office B-49
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repaint the interior of Modular Building B-49 at Robins Air Force Base in Georgia. The project involves comprehensive services including preparation, cleaning, repairing, and painting eight office spaces totaling 4,800 square feet, with a focus on adhering to safety and environmental standards. This initiative is crucial for transforming the facility into a functional office space for the 561st AMXS F-15 Planners, ensuring a safe and operational work environment. Interested contractors must submit proposals by October 29, 2024, at 2 PM EST, and are encouraged to attend a site visit on October 22, 2024, at 8:30 AM EST; inquiries can be directed to Latonya Jackson at latonya.jackson.1@us.af.mil.
    Tionesta Lake Repaint Water Tank
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the repainting of the water tank at Tionesta Lake, Pennsylvania. The project requires the contractor to provide all necessary labor, materials, supplies, and equipment to repaint the exterior of the water tank, with an option to repaint the interior as well. This maintenance work is crucial for ensuring the longevity and functionality of the water infrastructure, with a contract value estimated between $500,000 and $1 million. Interested small businesses must be registered in the System for Award Management (SAM) and are encouraged to attend a site visit scheduled for September 25, 2024, at 11:00 AM ET. For further inquiries, vendors can contact Shantae Mollison or Connie Ferguson via the provided email addresses.
    ICT 1500 - 2500 MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Materiel Command, is seeking a contractor to provide maintenance services for the Industrial Computed Tomography (ICT) 1500 and 2500 systems at Hill Air Force Base in Utah. The contract will encompass on-site maintenance, training, and unscheduled repairs, ensuring the operational readiness of critical imaging systems used for rocket motor inspections. This procurement is vital for maintaining the reliability and efficiency of defense operations, with the contract set to run from November 20, 2024, to November 19, 2029. Interested parties must submit their quotations by October 30, 2024, and direct inquiries to Ashley Perkes or Hideo Mera via the provided contact information.
    "U-Lot" Parking Lot Paving and Line Striping
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the "U-Lot" Parking Lot Paving and Line Striping project at Tobyhanna Army Depot in Pennsylvania. This project, set aside exclusively for small businesses, involves comprehensive construction services including excavation, regrading, paving, and line striping, with an estimated cost between $150,000 and $250,000. The work must comply with federal and state regulations, including adherence to wage determinations under the Davis-Bacon Act, and is expected to be completed within 60 days post-authorization. Interested contractors must submit sealed bids by October 30, 2024, with a public opening scheduled for the same date; inquiries should be directed to Contracting Officer Mark Buonomo at mark.buonomo2.civ@army.mil.